Scope
Reference
CM3105
Description
Yorkshire Water Services (YWS) is intending to establish a structured, multi-supplier maintenance and support arrangement for Yorkshire Water's thickening and dewatering assets, covering operational sites across Bioresources, Process & Pumping (P&P), and Clean Water.
The arrangement will deliver a full service model including preventative and reactive maintenance, asset inspections, critical spare supply and management, and equipment hire where required.
Total value (estimated)
- £4,935,728 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2029
- Possible extension to 31 March 2031
- 5 years
Description of possible extension:
The duration of the proposed contract opportunity is 36 months, with optional renewal up to 24 months.
Main procurement category
Services
CPV classifications
- 50530000 - Repair and maintenance services of machinery
Contract locations
- UKE - Yorkshire and the Humber
Lot 1. Maintenance, repair, supply and hire of centrifuges
Description
o Covers the maintenance, overhaul, repair, and performance optimisation of centrifuges deployed across Yorkshire Water's sites.
o Includes access to hire units to minimise downtime during major overhauls or breakdowns.
o Suppliers must provide both reactive and planned maintenance, with clear definitions of activities to be carried out on-site versus off-site workshop facilities.
o Applies across multiple geographies, supporting resilience and coverage.
Lot value (estimated)
- £1,601,917 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Maintenance, repair and supply for thickeners, belt presses, plate press and gravity belt thickeners
Description
o Covers the maintenance, overhaul, repair, and performance optimisation of thickeners, belt presses, plate presses and gravity belt thickeners deployed across Yorkshire Water's sites.
o Includes access to hire units to minimise downtime during major overhauls or breakdowns.
o Suppliers must provide both reactive and planned maintenance, with clear definitions of activities to be carried out on-site versus off-site workshop facilities.
o Applies across multiple geographies, supporting resilience and coverage.
Lot value (estimated)
- £889,699 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Total Care Package
Description
o A fixed-fee, performance-driven service model covering the end-to-end maintenance responsibilities for high-priority operational sites.
o Under the Total Care Package (TCP), suppliers assume responsibility for availability, uptime, overhaul cycles, optimisation, and proactive fault prevention.
o This lot is split into two sub-lots: Lot 3a - P&P Critical Sites and Lot 3b - Bioresources Critical Sites
Lot value (estimated)
- £2,444,112 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Submission
Submission type
Requests to participate
Deadline for requests to participate
6 January 2026, 5:00pm
Submission address and any special instructions
https://www.yorkshirewater.com/
Please contact Carolina Salvador at carolina.salvador@Yorkshirewater.co.uk to join Ariba Buying Portal and access all tender documents
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
30 March 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Commercial | Quality | 60% |
| Quality | Quality | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
This procurement is being conducted using the Competitive Flexible Procedure under the Procurement Act 2023. The process will consist of Conditions of Participation Questionnaire and a Tender (ITT). Only those suppliers that meet the conditions of participation requirements will have their tenders evaluated.
A second round of tendering will be conducted, and, if required, the authority may proceed to a third and final stage (Best and Final Offer (BAFO) round). The final contract award will be based on the refined award criteria, as communicated to suppliers during the procedure.
The award criteria and their relative weightings are provided in the tender documents. All communications and submissions must be made electronically via Ariba.
Contracting authority
YORKSHIRE WATER SERVICES LIMITED
- Companies House: 02366682
- Public Procurement Organisation Number: PXGT-3622-WXBQ
Western House
Bradford
BD6 2SZ
United Kingdom
Contact name: Carolina Salvador
Region: UKE41 - Bradford
Organisation type: Private utility